Loading...
HomeMy WebLinkAboutR-89-0127349-102 1/23/89 RESOLUTION N0. 'r 94w'127 A RESOLUTION AUTHORIZING THE PURCHASE OF SIX (6) E.M.S. TYPE III PARAMADIC RESCUE VEHICLES UNDER AN EXISTING BROWARD COUNTY BID NO. C- 02-88--21-OF/RESCUE AMBULANCES FROM COLLINS AMBULANCE CORPORATION FOR THE DEPARTMENT OF FIRE, RESCUE AND INSPECTION SERVICES AT A TOTAL PROPOSED COST OF $349,200.00; ALLOCATING FUNDS THEREFOR FROM THE FIRE BOND ACCOUNT NO. 313229-289401-840 "FIRE RESCUE NEW APPARATUS ACQUISITION FY-89", AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, the Department of Fire, Rescue and Inspection Services wishes to purchase six (6) E.M.S. Type III Paramedic Rescue Vehicles under an existing Broward County Bid No. C-02-88- 21-OF/Rescue Ambulances from Collins Ambulance Corporation from Hutchinson, Kansas at a total proposed amount of $349,200.00; and WHEREAS, these vehicles will be utilized by the Department of Fire, Rescue & Inspection Services to increase it's spare 1 vehicle fleet; and WHEREAS, the State of Florida EMS Grant Program will provide the funding for one of these vehicles ($58,200.00) reimbursing the City at a later date; and WHEREAS, funds for this purchase will be available from the - FY 89 Fire Bond Account No 313229-289401-840; and WHEREAS, the City Manager and the Director of the Department of Fire, Rescue and Inspectior. Services recommend that the purchase of said equipment from Collins Ambulance Corporation be approvedl NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: - Section 1. The purchase of six (6) EMS Type III Paramedic Rescue Vehicles under an existing Broward County Bid from Collins rv` Ambulance Corporation at a total proposed cost of $349,200.00 is r hereby approved with funds therefor hereby allocated from the FY ti, E 89 Fire Bond Account No. 313229-289401-840� "Fire Rescue and Apparatus Acquisition FY-9911. CITY COMMISSION MEETING OF A+= �. FEB 9 t988, r • RESOLUTION No.8/�4 V tc1MARKS: d4 a ifn �i ��F z. Section The City 14&n&9,6r is irkattuat the Chief Procurement Officer to for this equipment. section 3. This Resolution shall become immediately upon its adoption pursuant to law* PASSED AND ADOPTED this �. �th- day of C7 ATTE MAT Y HIRAI, CITY CLERK PREPARED AND APPROVED BY: �Z,, ROBERT P. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: , wyjs Ai 4 0 n q 6Z1,11 iIA ,` E FERN NDEZ CI -ATTORNEY UT,t m JO CI Je� tz i j. Nyn . S ilM 6y�Yy3. 1l d� •m k♦ + n�E�4 �' Y i ai f� CITY OF MIAMI, FLOAIDA INTER -OFFICE MEMORANDUM i TO : The HOhorable Mayor and Members DATE :JAW'a 139 FILE - of the City Commission SUEUECT : Recommendation for Resolution Permitting Purchase Off of Broward County Bid No. C-02-88-21-OF/Rescue Ambulances FROM : REFERENCES: Cesar H. Odio City Manager ENCLOSURES: :i 1tEWM24ENDATION ti St. is recommended that a.Resolution be passed permitting the City of Miami to 3 purchase six (6) EMS Type III Paramedic Rescue Vehicles off of Broward.County_ ~� Bid No. C-02-88-21-OF (Vendors Collins Ambulance Corp. of Hutchinson, Kansas) 4`'3si . at a one-time cost not to exceed $349, 200.00. BACKGROUND. t - 4 These six (6) vehicles will be utilized by the.Department of Fire, Rescue and tYi Inspection Services to increase it's spare vehicle fleet. They will be assigned to the Firefighting Division as Basic Life Support Vehicles when not required. y for first line advanced Life Support Service by the Rescue Division. These additional vehicles -will also be available for Mass Casualty Incidents in the $ event large numbers of patients must be transported. Also, be advised, that funding for one of these six vehicles ($58,200) will be provided by the State of Florida EMS Grant Program. Amount of Bid $349,200.00 a of Cost Estimate N/A Gosh Estimate N/A � t wt-f } jC Source of Funds y "M Fire Bond Account313229-289401-840 2 br Entitled, "Fire; Rescue New Apparatus ,A q"att� 'i ij ,y t Minority Representation x N/A . - Broward County Contract , Public Hem/Notices N/A F x €F As $eVsable -Pro ect W/� 64 -to. William J. Schaut DATE Pr6ciirement s4er'visor Procurement Management GSA Dept. SUBJECT This department has .,verified. available funds with the Departments of 4_1 Firianae and. Management Q Budget that funds are available to corner the cost of the subject bid in the amountof 349,200-00 _W. Account-- Code` twbir! .313229-289401-840. FINANCE -:REVIEW &-APPROVED (IF REQUIRED) N/A Carlos"Ciarcia Director. o Rodriguez Director ',L.'°",{.::"�--',Tl.� Planning Department Department of Finance BUDGETARY REVIEW &.APPROVED BY 'kinbhar S. Sutana, Director: - Trank Castane44 CommunityiDeOel t Dep artmen JAI AO 6V f M�-'4 _N _�=� .,- ➢ - -�ri�..u;'7 Y}p> 'S � 4. r'{�#r��T��,�x ^�Hpy i. -4t �,� { - +, 1 " 1 S 1' 51 F t i N i i� CITY OF MIAMI, FLORIDA P.O. BOX 330708 f; PROCUREMENT MANAGEMENT Miami, F1 33233-0708 DIVISION TELEPHONE NO. 579-6380 BID NO. BID SHEET IMPORTANTs. BID SHEET AND BIDDER ACKNOWLEDGEMENT !LOST BE RETURNED IN `MpL�CATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER* TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: (Include cash discount for prompt payment, if any) Additional discount of -- ....... t if awarded all items. Warranty and/or guarantee: -_ State any variances to specifications (use separate sheet if necessary):: Delivery: calendar days required upon receipt of Purchase'Order. f.:. Delivery.Point(s): -- In accordance with the Invitation to Bid, the Specifications, General,: Conditions, Special Conditions, and General Information to Bidders we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES,OP COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: �y Public Corporation With: Don L. Collins Don L. Collins - CEO & C of B Don L. Collins, Jr. Don L. Collins Jr. Chief Op.. Officer Gary Goetsch as Major Stock Holders Gary Goetsch —President �w< (Please use the back o th s page if more space s necessaryr t2 A� Name of individual holding license in this profession (if applicable) Collins Industries, Inc. - Manufacturer's License{ fit MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a, cgpy Ordinance No. 10062, the Minority Procurement Ordinances of .the C;.ky q,. Miami, and agrees to. comply with all applicable substmntive(a'��{' r procedural provisions therein, .including any amendments, thereto* aIDDERt Signature: j company. name~ ,h Print Namesap 1444cste If Minority Business$ Date: $lack [ a Hispanic L 7 Women Fs , F1li R$ r TO ` CAMP B SIGN AND RETURN THIS FO NAY DI r